Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2015 FBO #4872
SOURCES SOUGHT

J -- Preventive and Corrective Maintenance Services on a Waters Mass Spectrometer System - 1144729 Sources Sought

Notice Date
3/26/2015
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
1144729
 
Archive Date
4/28/2015
 
Point of Contact
Sondea R Blair, Phone: 8705437469
 
E-Mail Address
sondea.blair@fda.hhs.gov
(sondea.blair@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
1144729 Sources Sought PDF copy MARKET RESEARCH PURPOSES ONLY NOT A REQUEST FOR PROPOSAL OR SOLICITATION This is a sources sought to determine the availability and capability of businesses in providing a Preventive Maintenance and Corrective Maintenance Services on a Waters Mass Spectrometer System with up to four (4) 1-Year option periods. The associated North American Industry Classification System (NAICS) Code is 811219- Other Electronic and Precision Equipment Repair and Maintenance; Small Business Size Standard is $19 million in assets. Part I: General Information (Introduction/Background/Scope) The U.S. Food and Drug Administration (FDA), Center for Biologics Evaluation and Research (CBER) requires annual preventative and corrective maintenance services on a Waters Mass Spectrometer System. Part II: Work Requirements A. Services shall be inclusive of the following system components: ~Waters, Quadruple Time of Flight Mass Spectrometer, Xevo G2TOF, Serial number YCA203. This system (to include the five components listed below) was covered under a service contract inclusive of preventive and corrective maintenance with Waters Technologies which expired on 1/13/2015. o Ultra Performance Liquid Chromatography System (UPLC) Nano Binary Manager, Serial Number F10NPB879N o UPLC Nano Binary Manager, Serial Number F10NPB880N o UPLC Nano Sample Manager, Serial Number F10NPS748M o Waters MassLynx Software, Serial Number MS1EA01585 o Waters ProteinLynx Global Sever, Serial Number PLGS1JA01518 B. Performance Requirements 1. Shall include a minimum of one (1) planned preventative maintenance visit per contract year 2. Shall include unlimited corrective/remedial maintenance visits within 3 business days of call for service 3. Shall include unlimited technical support, Mondays - Fridays (excluding Federal Holidays) between the hours of 7:00 AM - 5:00 PM Eastern Time, within 8 business hours of contact for assistance (e.g., telephone-based, email-based, website-based, etc.) 4. Shall include unlimited software and firmware updates. 5. All maintenance and repair activities shall be performed by formally trained and certified technicians/engineers, following Original Equipment Manufacturer (OEM) specifications, manuals, and service bulletins, using new OEM replacement parts, components, subassemblies, etc. 6. All maintenance pricing shall be inclusive of labor, travel, replacement parts, components, subassemblies, etc. 7. Deliverables: Service Records and Reports The Contractor shall, commensurate with the completion of each service call or preventative maintenance visit, provide the end-user of the equipment and the Contracting Officer with a copy of a field service report/ticket identifying the equipment name, manufacturer, model number, and serial number of the equipment being serviced/repaired and detailing the reason for the service call, a detailed description of the work performed, the test instruments or other equipment used to affect the repair or otherwise perform the service, the name(s) and contact information of the technician who performed the repair/service, and for information purposes, the on-site hours expended and parts/components replaced. Part III: Supporting Information A. Place of Performance The equipment is located at the following location: U.S. Food and Drug Administration White Oak Campus 10903 New Hampshire Ave Blg 52/72, Room G426 Silver Spring, MD 20993 B. Period of Performance Note: Service period start/end dates are dependent on actual award date. The estimated date could potentially be as follows: Base Year: 04/30/2015 to 4/29/2016 Option Year One: 04/30/2016 to 4/29/2017 Option Year Two: 04/30/2017 to 4/29/2018 Option Year Three: 04/30/2018 to 4/29/2019 Option Year Four: 04/30/2019 to 4/29/2020 Part IV: Instructions to Prospective Respondents The offeror shall furnish sufficient information necessary for the Government to conclusively determine that the respondent is capable and otherwise qualified to perform the full range of services identified herein. At a minimum, responses shall include the following: ~Business name and bio, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, 8(a), SDB, WOSB, EDWOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address; ~Past performance information for the preventive and corrective maintenance services identified herein, for the same or substantially similar OEM equipment, to include date of services, description (should also include technical literature and specifications), dollar value, client name, client address, client point of contact name, client point of contact mailing address (if different from that provided for client), client point of contact phone number, client point of contact email address, and name of the manufacturer (to include DUNS number and size status) if not the respondent; ~Descriptive literature, brochures, specifications, marketing material, etc. detailing the nature of the services the responding firm is regularly engaged in providing; ~If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this requirement; ~Although this is not a request for quote, informational pricing is encouraged; The Government encourages any comments and/or suggestions from any interested party, regarding the specifications. While the Government will not respond directly to your comments and/or suggestions; we will consider them as we finalize the specifications in preparation for the forthcoming solicitation. The Government is not responsible for locating or securing any information, not identified in the response. Interested parties must respond with capability statements, which are due in person, by postal mail or email to the point of contact listed below on or before April 13, 2015 by 9:00 AM (Central Time in Jefferson, Arkansas) at the Food and Drug Administration, OO|OFBA|OAGS|DAP, Attn: Sondea Blair, 3900 NCTR Road, Bldg 50/Room 421, HFT‐320, Jefferson, AR 72079‐9502 or email sondea.blair@fda.hhs.gov. Reference Number 1144729 in all correspondence with the point of contact listed above. Notice of Intent Responses to this sources sought announcement will assist the Government in determining whether this requirement should be set aside for small business, made available to full and open competition or procured through other than full and open acquisition procedures. Disclaimer and Important Notes This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a combined synopsis/solicitation (No FDA-15-223-SOL-1144729) may be published via FedBizOpps. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1144729/listing.html)
 
Place of Performance
Address: U.S. Food and Drug Administration, White Oak Campus, 10903 New Hampshire Ave, Blg 52/72, Room G426, Silver Spring, Maryland, 20993, United States
Zip Code: 20993
 
Record
SN03680746-W 20150328/150327000127-a1e2d34f1a7b2c5b0577692b1cbe19a1 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.